Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2024 SAM #8270
SOURCES SOUGHT

72 -- Clinic Floor Replacement, Ames IA

Notice Date
7/17/2024 8:00:13 AM
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B24SS0069
 
Response Due
7/23/2024 10:00:00 AM
 
Archive Date
08/07/2024
 
Point of Contact
Robert Skipper, Phone: 5105596351, Theodore Blume
 
E-Mail Address
robert.skipper@usda.gov, Theodore.Blume@usda.gov
(robert.skipper@usda.gov, Theodore.Blume@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title: (Source Sought # 12905B24SS0069) � Sources Sought for Clinic flooring replacement at USDA, NCAH 1920 Dayton Avenue Ames, IA Description: This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 238330. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The objective is to obtain a contractor who is experienced in the replacement of flooring. This work consists of removing existing vinyl wall base plates and carpet floor tiles, preparing the surface, and installing vinyl composite tiles into the clinic�s waiting room, nurse�s office, file room, and hallway. New base plates shall be installed and transitions between floor areas added. The Government anticipates a Firm Fixed Price construction contract.� The magnitude of the requirement is $25,000 - $100,000 The anticipated start is October 7, 2024 The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: 1)� Acknowledgement that they are able to provide the subject supplies/services being requested; 2) Interested vendors should identify their size standards in accordance with the Small Business Administration; 3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.; 4) Any other information considered relevant to this requirement; and 5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a pre-solicitation synopsis and solicitation may be published on sam.gov depending on the responses received. All responses to this Sources Sought Notice must be received by the notice�s POC Robert Skipper Robert.skipper@usda.gov and Ted Blume theodore.blume@usda.gov by 12:00 PM Central Time, July 23, 2024 in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/613a627b66c74256bbc8f9c164a0a0e9/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07133035-F 20240719/240717230129 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.